CONDUCT A STUDY, AND PREPARE A REPORT PRESENTING SITE RECOMMENDATIONS AND DESIGN OPTIONS FOR NEARSHORE OYSTER STRUCTURES SPECIFIC TO MOBJACK BAY, VIRGINIA, AND ...

expired opportunity(Expired)
From: Federal Government(Federal)
NF-FKH010-22-02718_(22-350)

Basic Details

started - 18 Aug, 2022 (20 months ago)

Start Date

18 Aug, 2022 (20 months ago)
due - 30 Aug, 2022 (20 months ago)

Due Date

30 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
NF-FKH010-22-02718_(22-350)

Identifier

NF-FKH010-22-02718_(22-350)
COMMERCE, DEPARTMENT OF

Customer / Agency

COMMERCE, DEPARTMENT OF (13398)NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (7433)DEPT OF COMMERCE NOAA (7209)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

RFQ Extended Trough 8/30/22 at 4pm PDTVendor to provide all labor, equipment and materials, to work closely with the  NOAA Chesapeake Bay Office to provide site recommendations and design options for nearshore oyster structures..  The project will include criteria development, spatial analysis and potentially other modeling approaches to result in a tiered ranking of specific sites in the Mobjack Bay and its tributaries where nearshore oyster structures can be most effective.  These nearshore oyster structures will be sited and designed in a way that they provide shoreline protection (reduced wave energy and erosion) and three dimensional fish habitat.  The sites and designs shall also avoid causing undue harm to adjacent habitats and shorelines.  The tiered ranking must incorporate shoreline vulnerability and the potential of nearshore restoration to increase shoreline resilience while supporting oyster populations, growth and associated ecosystem services.  The data, criteria,
methods and results of the tiered ranking (which could be in the form of a decision matrix and/spatial analysis) will be provided in full as a project deliverable.  The tiered ranking sites will be mapped regardless of the analytical approach used to identify them.  In addition to the tiered ranking of specific sites, each site must include a menu of options indicating what type of nearshore structures would work best at the sites.  This menu of options is not intended to be a site design for each highly ranked location but rather a general description of the suggested location offshore, depth, size, substrate type, and oyster enhancement needed to have a positive impact on shoreline resilience.  This tiered ranking will be used by NOAA and partners to develop project proposals for high ranking sites.  It is anticipated that this spatial tool/model would need to include, but is not limited to existing shoreline parameters, physical water column dynamics, bottom type, subtidal habitat data, biological data, wind speeds and direction, wave energy, and analysis to evaluate the type (position, size) and performance of nearshore oyster structures.  The oyster structures can include hard substrate that is not composed of biogenic material.  Examples include concrete reef balls and castles or appropriately sized stone that maximize oyster growth and densities, and include at least 50 oysters/m2.   (I)       This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.(II)       The solicitation number for this procurement is NF-FKH010-22-02718 (22-350) and is hereby issued as a request for quotation (RFQ).(III)     The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 dated May 2022.(IV)     This solicitation is being issued unrestricted. The associated NAICS code is 541990.  The small business size standard is $16.5 Mil.(V)       This combined solicitation/synopsis is for the purchase of the following commercial services:Vendor to provide all labor, equipment and materials, to work closely with the  NOAA Chesapeake Bay Office to provide site recommendations and design options for nearshore oyster structures..  The project will include criteria development, spatial analysis and potentially other modeling approaches to result in a tiered ranking of specific sites in the Mobjack Bay and its tributaries where nearshore oyster structures can be most effective.  These nearshore oyster structures will be sited and designed in a way that they provide shoreline protection (reduced wave energy and erosion) and three dimensional fish habitat.  The sites and designs shall also avoid causing undue harm to adjacent habitats and shorelines.  The tiered ranking must incorporate shoreline vulnerability and the potential of nearshore restoration to increase shoreline resilience while supporting oyster populations, growth and associated ecosystem services.  The data, criteria, methods and results of the tiered ranking (which could be in the form of a decision matrix and/spatial analysis) will be provided in full as a project deliverable.  The tiered ranking sites will be mapped regardless of the analytical approach used to identify them.  In addition to the tiered ranking of specific sites, each site must include a menu of options indicating what type of nearshore structures would work best at the sites.  This menu of options is not intended to be a site design for each highly ranked location but rather a general description of the suggested location offshore, depth, size, substrate type, and oyster enhancement needed to have a positive impact on shoreline resilience.  This tiered ranking will be used by NOAA and partners to develop project proposals for high ranking sites.  It is anticipated that this spatial tool/model would need to include, but is not limited to existing shoreline parameters, physical water column dynamics, bottom type, subtidal habitat data, biological data, wind speeds and direction, wave energy, and analysis to evaluate the type (position, size) and performance of nearshore oyster structures.  The oyster structures can include hard substrate that is not composed of biogenic material.  Examples include concrete reef balls and castles or appropriately sized stone that maximize oyster growth and densities, and include at least 50 oysters/m2.  (VI)     Description of requirements is as follows:  Non-Personal Services.  The Vendor to provide all labor, equipment and materials, to provide all labor, equipment and materials, to work closely with the  NOAA Chesapeake Bay Office to provide site recommendations and design options for nearshore oyster structures..  The project will include criteria development, spatial analysis and potentially other modeling approaches to result in a tiered ranking of specific sites in the Mobjack Bay and its tributaries where nearshore oyster structures can be most effective.  These nearshore oyster structures will be sited and designed in a way that they provide shoreline protection (reduced wave energy and erosion) and three dimensional fish habitat.  The sites and designs shall also avoid causing undue harm to adjacent habitats and shorelines.  The tiered ranking must incorporate shoreline vulnerability and the potential of nearshore restoration to increase shoreline resilience while supporting oyster populations, growth and associated ecosystem services.  The data, criteria, methods and results of the tiered ranking (which could be in the form of a decision matrix and/spatial analysis) will be provided in full as a project deliverable.  The tiered ranking sites will be mapped regardless of the analytical approach used to identify them.  In addition to the tiered ranking of specific sites, each site must include a menu of options indicating what type of nearshore structures would work best at the sites.  This menu of options is not intended to be a site design for each highly ranked location but rather a general description of the suggested location offshore, depth, size, substrate type, and oyster enhancement needed to have a positive impact on shoreline resilience.  This tiered ranking will be used by NOAA and partners to develop project proposals for high ranking sites.  It is anticipated that this spatial tool/model would need to include, but is not limited to existing shoreline parameters, physical water column dynamics, bottom type, subtidal habitat data, biological data, wind speeds and direction, wave energy, and analysis to evaluate the type (position, size) and performance of nearshore oyster structures.  The oyster structures can include hard substrate that is not composed of biogenic material.  Examples include concrete reef balls and castles or appropriately sized stone that maximize oyster growth and densities, and include at least 50 oysters/m2.   in accordance with the full scope within the Statement of work attached to the combined synopsis/solicitation posting.(VII) Period of Performance: Date of Award through September 30, 2023.(VIII)  FAR 52.212-1, Instructions to Offerors -- Commercial Items (NOV 2021), applies to this acquisition.  Or see addendumADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS-ADDITIONAL QUOTE PREPARATION INSTRUCTIONS INCLUDED IN THE SF18Submission of QuotesSubmit quotations to the office specified in this solicitation at or before the time specified in the solicitation.  Only Email quotes are acceptable and can be sent to Suzanne.Johnston@noaa.gov. The subject title should reference the SAM notification number.Vendors response to this Request for Quote shall consist of the following:Completed Standard Form 18 (pages 1-2) Page 1 (complete blocks 12-16) Page 2 of SF18 (enter “Unit Price” and “Amount” for each applicable line item) or submit a detailed quote on Vendor letterhead in accordance with 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (NOV 2021)Provide an email address and phone number where you can be reached for future correspondence or provide the same information on quote Provide your SAM Unique Identifier NumberProvide your CAGE numberSAM.GOV (BETA.SAM.GOV) Expiration dateVendor should verify compliance/applicability with “52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020)”As required return responses in accordance with provision “52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAY 2022).”Provide all documentation required to fulfill Evaluation Factor requirements as further explained in the “Evaluation Factors” section of the Statement of Work but referenced below:In order to be considered for award you must submit a complete package in accordance with the requirements listed above and stated in the solicitation package. If you do not submit all of the required items you may be considered non-compliant. QUOTES MUST BE VALID THROUGH 9/30/2022 AFTER THE SYNOPSIS/SOLICITATION CLOSES"THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES.  IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT".(1) The offer must be prepared in two parts: A technical quote and a business/price quote. Each of the parts shall be separate and complete in itself so that evaluation of one may be accomplished independently from evaluation of the other. The technical quote must not contain reference to price; however, adequate information must be contained in the technical quote so that the offeror’s technical approach is sufficiently detailed to provide a clear and concise presentation that addresses all contract requirements and demonstrates a clear understanding of the requirements. (3) The offeror shall submit:a. Technical Approach Proposal which also addresses Experience, Key Personnel and Past Performance: One (1) copy, electronic required.b. Business/Price Quote: One (1) copy, electronic required.Each part shall be clearly marked by title.(4) The Government will evaluate quotes in accordance with the provisions set forth in this section and with the evaluation criteria stated below.(5) The Offerors shall identify and explain any exceptions or deviations taken to any part of the solicitation or conditional assumptions made with respect to the technical requirements of the solicitation.Offerors should note that taking exceptions to the Government’s requirements may indicate an unwillingness or inability to perform the contract, and the quote may be evaluated as such.(IX)  FAR 52.212-2, EVALUATION – COMMERCIAL ITEMS (NOV 2021), applies to this acquisition.  Offers will be evaluated based on price and the factors set forth in paragraph (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Technical Approach2)  Experience3) Past Performance4) PriceThe Government intends to award a firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (b) Options (If applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of provision)The following factors will be used to evaluate quotations:Technical Evaluation Factors:Factor 1--TECHNICAL APPROACH. The quotation will be evaluated on how the offeror intends to organize, staff and manage the contract and the means that will be used to accomplish the contract requirements. The degree to which the quotation demonstrates an understanding of the requirements will be evaluated, as well as the offeror's planned management of consultants and subcontractors, if applicable.Factor 2--EXPERIENCE. The offeror's background, experience, and qualifications will be assessed to determine the likelihood that that offeror can successfully perform the contract requirements and the degree of the risk of non-performance.Factor 3--KEY PERSONNEL. The education, experience, and accomplishments of key personnel will be evaluated to determine the degree to which they possess the qualifications to perform their proposed duties under the contract.Factor 4--PAST PERFORMANCE. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, effective management of subcontractors, cost management, level of communication between the contracting parties, proactive management and customer satisfaction.Offeror shall provide at least three (3) past performance references.  Provide name, address, phone number, and description of the project.If a quoter has no relevant past performance, the quoter must affirmatively state that it possesses no relevant past performance history.  Offerors who fail to either provide past performance information or affirmatively state that they have none, may be considered as non-compliant to the solicitation.  Factor 5 - COST/PRICE. The proposed prices/costs will be evaluated.  The cost evaluation will determine whether the proposed costs are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed costs must be entirely compatible with the technical approach.(X) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (MAY 2022) applies and the quoter must submit a completed copy of the provision with its quote.(XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (NOV 2021) applies to this acquisition and is included in the SF18.(XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2022) applies to this acquisition. See SF18 Clause for applicable clauses.(XIII)  The clauses/provisions contained in the SF18 are also applicable to this acquisition.Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.Quotes are required to be received in the contracting office no later than 4:00 P.M. PST on 08/09/2022. All quotes must be emailed to the attention of Suzanne Johnston at suzanne.johnston@noaa.govCAM 1352.215-72 Inquiries (APR 2010)Offerors must submit all questions concerning this solicitation in writing to Suzanne.Johnston@noaa.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.  (End of clause)

NMFS FIELD DELEGATES 601 EAST 12TH STREET SUITE 1746  KANSAS CITY , MO 64106  USALocation

Place Of Performance : NMFS FIELD DELEGATES 601 EAST 12TH STREET SUITE 1746 KANSAS CITY , MO 64106 USA

Country : United StatesState : Missouri

Classification

naicsCode 541990All Other Professional, Scientific, and Technical Services
pscCode B516Animal and Fisheries Studies